Joint Counter small Unmanned Aircraft Systems (C-sUAS) Office (JCO) Request for White Papers (RFWP) for Detect and Kinetic Defeat of Group 3 sUAS Systems Demons...

expired opportunity(Expired)
From: Federal Government(Federal)
W50RAJ23R0002

Basic Details

started - 18 Nov, 2022 (17 months ago)

Start Date

18 Nov, 2022 (17 months ago)
due - 29 Nov, 2022 (17 months ago)

Due Date

29 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
W50RAJ23R0002

Identifier

W50RAJ23R0002
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE ARMY (132962)US ARMY ACQUISITION SUPPORT CENTER (108)US ARMY RAPID CAPABILITIES AND CRIT (104)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Joint Counter small Unmanned Aircraft Systems (C-sUAS) Office (JCO) Request for White Papers (RFWP) for Detect and Kinetic Defeat of Group 3 sUAS Systems Demonstration (hereafter called “JCO January 2023 Demonstration”)INTRODUCTION: This Project Announcement (PA) is a four-phased project announcement. The JCO and Rapid Capabilities and Critical Technologies Office (RCCTO) are seeking whitepapers to identify industry interest in demonstrating detect and kinetic defeat of Group 3 sUAS at distances equal to or greater than 2 kilometers (km) slant range. The purpose is to identify potential performers that may have promising technologies or approaches relative to the mission described below. Following government evaluation of the whitepaper submissions, the Offerors may then be asked to participate in the JCO Demonstration tentatively scheduled for January 2023. This demonstration may be used to inform security cooperation cases and may result in the award of competitively selected
prototype projects. Vendors should only submit a White Paper for consideration if their system will be operationally ready for testing by 3 January 2023.OVERVIEW: The government seeks Technology Readiness Level (TRL) 6+ (https://acqnotes.com/acqnote/tasks/technology-readiness-level) solutions for the purpose of detect and defeat of Group 3 sUAS threats. The overarching government objective is to rapidly procure production representative, cost-effective detect, track, identify and defeat system(s) for Group 3 sUAS threats for the full threat flight envelope, including at a distance greater than or equal to 2 km in distance.This is a competitive solicitation seeking innovative technologies that accelerate attainment of these critical technologies and may result in the award of prototype projects, which include not only commercially available technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing government-owned capabilities, or concepts for defense application. Both large and small businesses, academic institutions are encouraged to respond. The information provided may be used by the Department of Defense (DoD) in developing its acquisition strategy, statement of work/performance work statements, and/or statement of objectives. Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. The government will NOT reimburse respondents for any cost associated with the submission of the information being requested.To ensure the most capable equipment is provided to the Operational Forces, the JCO/RCCTO intends to conduct a competitive demonstration for Group 3 sUAS detect and defeat capabilities.  As such, a working sample system will be required to demonstrate the technology during the JCO Demonstration projected to take place in January 2023.  Prototype system(s) will be operationally field tested to inform capabilities and limitations for potential 10 USC 4022 Other Transaction Agreements (OTAs) or may inform market research and future purchases.BACKGROUND: The fiscal year 2021 NDAA Conference Report required the Executive Agent (JCO) to prioritize the objective of developing and executing a plan to develop, test, and begin production of a counter unmanned aircraft system (C-UAS) to meet immediate operational needs in countering Groups 1, 2, and 3 unmanned aircraft systems and, to the extent practical, has the potential to counter other, larger unmanned aircraft systems. Additionally, previous Joint Urgent Operational Needs and Joint Emergent Operational Needs have described a pressing need to enhance military C-UAS capabilities.  This demonstration result may be used to inform security cooperation cases and to support the US Government providing C-sUAS capability to allies and partners.  For this reason, the ability to obtain technology release and build in exportability features, to include anti-tamper, is necessary to support potential follow-on activities and preferably in initial awards. The Government expects to potentially award at least one, and perhaps multiple prototype awards from this competitive demonstration. Such award(s) may further demonstrate, test and evaluate the technology, or, depending on the Government’s, allies or partner needs, may also allow for limited additional development prior to further demonstration, testing and evaluation. Also the Government anticipates that a follow-on production award(s) may be awarded to the vendor(s) for this effort using competitive procedures if the systems demonstrated are deemed operationally effective and suitable based on the successful completion of the relevant prototype project(s).The Government currently anticipates that any USG efforts would be 10 USC 4022 prototype OTAs with the possibility for 10 USC 4022(f) follow-on production awards/transactions. However, the Government may also use Title 10 and /or Title 22 authorities to award contracts for foreign allies and partners. Those awards may include directed or sole source awards.  If initiated, awards to support foreign allies and partners may also lead to follow-on production without further competition.  Individual or closely related solutions may qualify for both USG and allies/partners awards, depending on mission requirements and funding availability.  REQUIREMENTS: The following capabilities/attributes are considered essential technical requirements which shall be met for the prototype to be considered effective. The Government will consider these requirements at every phase of this process. The Joint Requirements Oversight Council Memorandum (JROCM) will be provided upon request to all industry partners who have access to SIPR or appropriate cage codes.Probability of detection and defeat of Group 3 sUAS  at distances equal to or greater than 2 kilometers slant range.Ability to deliver first production articles within 30-90 days of contract award.Ability to export production articles to key allied and partner nations within 30-90 days of contract award.Ability to provide C2 functionality to tie detect/track to defeat.Competition Process, Content Submission Requirements, and Evaluation Criteria:PHASE 1 (Whitepapers): The whitepapers (WPs) will be reviewed by technical subject matter experts and evaluated on C-sUAS capability. Each WP will be evaluated based on the merit, relevance, and cost as it relates to the evaluation factors stated herein. The Government may also elect to use external market research in the evaluation.WPs submitted in response to this RFWP will be evaluated to determine the capabilities of greatest interest to the DoD using the criteria listed below, in descending order of importance:Ability to defeat Group 3 sUAS at full threat flight envelope, including ≥ 2 km slant range, with preference for maximum stand-offEvidence of TRL 6+Exportability to key allied and partner nationsProduction capability to support delivery within 90 daysInteroperability with existing or planned US and allied and partner nation systemsCost realism for the proposed technical approachThe overall scientific and/or technical merits of the capabilityEase of install and operationUpon receipt, the government will evaluate those WPs through the Evaluation Criteria to determine which WPs represent the best value to the Government. Phases 2-4 of this competition are by invitation only.Content/Submission Requirements: The whitepapers shall be limited to no more than fifteen (15) one-sided pages. Submissions shall be capable of being printed on 8.5 x 11-inch paper with one-inch margin (top, bottom, left and right) and a 12-point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings, and header/footer information shall be 10-point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft (MS) Office Professional 2016 and MS PowerPoint 2016 or later shall be used to create the files. All graphics shall be compatible with MS PowerPoint 2016. If any of the material provided contains proprietary or classified information, please mark appropriately and identify disposition instructions (submitted data will not be returned). Responses should include, but are not limited to the following:a. Capabilities statement: An overview of your Group 3 sUAS detect and defeat capabilities and limitations in reference to your offering. Submissions shall specifically address but are not limited to addressing the capabilities/attributes described in the aforementioned “Requirements” section above. Detect and defeat capabilities will be evaluated.b. Recommendations: Based on your system’s capabilities, and your company’s understanding of the operating environment, provide any additional recommended capability requirements and performance thresholds. Please highlight unique capabilities that make your product stand out. This information will help bound the art of the possible for the effort in the timeframe we have available.c. Test and Test Support Demo: Assume 5 days’ duration and manpower needed to operate and support/maintain systems during the test. Additionally, provide a rough estimate for the cost in purchasing the equipment used for this test. Provide a separate ROM for the cost of the initial system and pricing/schedule for fabrication of approximately 10 prototype systems. Depending upon availability of funds, the Government will provide each Offeror with funding to partially offset the cost of transportation to and from the CONUS-based test site.d. Personnel training support: Provide a separate ROM for the cost to train operators for approximately 10 prototype systems. This cost needs to be separately priced from the production and follow-on systems. This support will not be required for the demonstration.e. Evidence of TRL 6+: Reference any field test or demonstration activities your prototype has completed, including summary of performance achieved at the event.f. Exportability: Based on your engineering assessment and knowledge of technology release and export controls to key allied and partner nations, identify the likelihood of your system to be released for export. Please highlight any challenges, if applicable, needed to be overcome and associated costs to ensure expedient favorable release recommendations by the appropriate USG authorities.g. Company Information to include:Name, mailing address, and CAGE Code (if available)Technical and business points of contact to include telephone numbers and email addressesIndicate whether your company is a Large Business, Small Business, or Academic InstitutionIndicate whether your company is a non-traditional defense contractor (*see definition below)Foreign ownership, either directly or indirectly. If so, country of origin and whether the company is partially or fully foreign ownedIf your company's proposed approach has been proposed to or previously funded by any federal agency, please identify each specific agency and all applicable contract/agreement numbers*Non-traditional defense contractor is defined in 10 U.S.C. 3014 as an entity that is not currently performing and has not performed, for at least the one-year period preceding this RFWP, any contract or subcontract for the Department of Defense that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section.The deadline for this RFWP is no later than 15:00EST on 29 November 2022, via email to James Bedsole at james.e.bedsole.civ@army.mil. All submissions shall be clearly marked "Whitepapers for JCO January 2023 Demonstration." Only UNCLASSIFIED white papers will be accepted. Offerors may submit questions via email to James Bedsole. There is no limit on the number of white papers that interested companies may submit in response to this announcement.  The Government does not intend to publish any additional questions or comments received as a result of this announcement. PHASE 2 (Demonstration): Subject to the availability of funding, the selected companies who meet the evaluation criteria may be invited to provide a demonstration of their selected product. Range personnel will operate the target and test environment while companies operate their own equipment. Depending upon availability of funds, the Government may provide each selected Offeror with funding to partially offset the cost of transportation to and from the CONUS-based test site (TBD). Selected Offerors will be responsible for all remaining costs associated with bringing their system to the CONUS-based test site (TBD). System set up starts 16 January 2023. The Government will not be liable for any damages caused during the demonstrations, including but not limited to death, bodily injury, and property damage. Selected companies are responsible for submitting all safety related range approvals, including DD1494/JF12 documentation.Demonstrations shall be evaluated on the following factors:Technical Merit of solution adequately addresses government needProven capability to detect and defeat Group 3 sUAS on CONUS-based test rangeLow/slow Group 3 sUAS = 1000’-2000’ AGL at 100-120 mphDefeat at ≥ 2 km slant rangeIndividual demonstrations will be evaluated against the evaluation criteria. Upon completion of evaluations, the Government will notify companies if they have been selected for possible award of a prototype Other Transaction Agreement (OTA) and request the submission of a full proposal; or if their proposed concept / technology / solution is not selectable or eligible to be selected later.PHASE 3 (Prototype Proposal): Full proposals are by invitation only. Those companies whose whitepaper and / or demonstration are evaluated to be of merit and are selected for potential award may, subject to the availability of funding, be invited to submit a full written proposal as well as negotiate appropriate terms and conditions governing a prototype award or OTA. **Venders are encouraged to put their best foot forward in their whitepapers because depending on funding availability and mission requirements, the Government might be forced to skip all demonstrations.  In the event that no demonstration is held, the Government may request proposals based on the Phase 1 whitepaper evaluations.PHASE 4 (Award): Upon favorable evaluation and available funds, the Government may choose to make an award or multiple awards. Awards will be made to the companies whose offer is determined to provide the overall best value to the Government based on the criteria/preferences and availability of funds, this may not necessarily be the proposal offering the lowest cost or receiving the highest evaluated rating. Awards will be made using OTAs. The Contracting Officer or Agreements Officer will negotiate directly with the company on the terms and conditions of the award, including payments, and will execute the award on behalf of the Government. Receipt of a Request for Proposal (RFP) or Request for Prototype Proposal (RFPP) does not guarantee that a company will receive an award and the Government reserves the right, at any point prior to award an award or to cancel the RFP or RFPP. Please be advised, only a Contracting Officer or Agreements Officer has the authority to enter into, or modify, a binding agreement on behalf of the Government.As noted above, the Government may consider 10 USC 4022 OTA awards for USG requirements. The Government may also consider 10 USC 4022 OTA or FAR based awards for foreign allies/partners. Please reference above for that earlier discussion. Follow-on Production: Upon successful completion of a prototype project, the Government and company may negotiate a follow-on production agreement, without the need for further competition. Any concept/technology/solution successfully proven through the prototype award may be transitioned to production.A transaction for a prototype project is complete upon the written determination of the appropriate approving official for the matter in question that efforts conducted under a prototype award: (1) met the key technical goals of a project; (2) satisfied success metrics incorporated into the prototype award; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to production. Furthermore, successful completion can occur prior to the conclusion of a prototype project to allow the government to transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. Any prototype award will contain a provision that sets forth the general conditions under which that prototype agreement must be successfully completed.Non-Government Advisors: Non-Government advisors may be used in the evaluation of whitepapers and will have signed non-disclosure agreements (NDAs) with the Government. The Government understands that information provided in response to this solicitation is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include:a. 18 USC 1905 (Trade Secrets Act)b. 18 USC 1831 et seq. (Economic Espionage Act)c. 5 USC 552(b)(4) (Freedom of Information Act)d. Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); ande. Any other statute, regulation, or requirement applicable to Government employees.DISCLAIMER: Participation in this solicitation is not a prerequisite for participating in any future solicitations or procurements. Nothing in this solicitation is a guarantee of future partnerships, contract commitment, or future workload. This announcement is not a contract, a promise to contract, or a commitment of any kind on the part of the Government.The Government reserves the right to select all, some, or none of the whitepapers or demonstrations in response to this solicitation. The costs of preparing and submitting whitepapers and demo are not considered an allowable direct charge to any contract or agreement. The Government will not assume liability for costs incurred by an attendee for marketing efforts; therefore, cost in response to this notice is not considered an allowable direct charge to the Government.The Government will also not be liable for any damages caused during the demonstrations, including but not limited to death, bodily injury, and property damage. *Please monitor this SAM announcement for additional updates*

ARMY RAPID CAPABILITIES CTO 10100 NEWTON ROAD BLDG 333  FORT BELVOIR , VA 22060-5806  USALocation

Place Of Performance : ARMY RAPID CAPABILITIES CTO 10100 NEWTON ROAD BLDG 333 FORT BELVOIR , VA 22060-5806 USA

Country : United StatesState : Virginia

You may also like

Joint Prototyping and Experimentation Maritime (JPEM) Program Counter UUV/USV

Due: 24 May, 2024 (in 29 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing